for supply, installation, commissioning and operation ...bspcb.bih.nic.in/tender_bspcb_noise...
TRANSCRIPT
TENDER NOTICE No. BSPCB/CL/633/2011/2013-14/1/190 Dated-08.04.2013
TENDER DOCUMENT
FOR
SUPPLY, INSTALLATION, COMMISSIONING
AND
OPERATION & MAINTENANCE
OF
REAL TIME AMBIENT NOISE MONITORING STATIONS
(Noise Monitoring Terminals)
AT
PATNA
BIHAR STATE POLLUTION CONTROL BOARD BELTRON Bhawan, Shastri Nagar, Patna-800 023
EPABX - 0612-2281250/2282265, Fax - 0612-2281050
Website.bspcb.bih.nic.in
INDEX
S.No. Contents Page No.
1. Schedule of Tender 1
2. Tender Notice 2
3. Description of Works 3-4
4. General Terms & Conditions 5-18
Warranty 7
5. Submission of Bid 8
6. Earnest Money 9
7. Payment Conditions 13
8. Settlement of Dispute 14
9. Laws & Regulations 14
10. Force Majeure 14
11. Injury & Damage 15
12. Royalty & Patent 15
13. Effectiveness 16
14. Forfeiture of Earnest Money 16
15. Performance Security Deposits 16
16. Forfeiture of Security Deposits 16
17. Insurance 16
18. Liquidity Damage 17
19. Recoveries 17
20 Inspection 17
21 Clearance of Consignment 17
22 Demurrage Charges 18
23 Rejection 18
24. Application Form - Annexure I 19
25. Bid Form (Technical) - Annexure II 20
26. Bid Form (Financial) - Annexure III 21
27. Undertaking - Annexure IV 22
28. Schedule of Earnest Money - Annexure V 23
29 . List of Documents for release of payment through LC - Annexure VIA&B 24-25
30 . Check List- Annexure VII 26
31. Specification of Instruments / Equipments/NMT 27-36
BIHAR STATE POLLUTION CONTROL BOARD BELTRON Bhawan, Shastri Nagar, Patna-800 023
EPABX - 0612-2281250/2282265, Fax - 0612-2281050
Website.bspcb.bih.nic.in
No. BSPCB/CL/633/2011/2013-14/1/190 Dt. 08.04.2013
Schedule of Tender
TENDER DOCUMENT FOR
SUPPLY, INSTALLATION, COMMISSIONING
AND
OPERATION & MAINTENANCE
OF REAL TIME AMBIENT NOISE MONITORING STATIONS
(Noise Monitoring Terminals)
AT
PATNA
PRICE OF TENDER DOCUMENT: Rs, 10,000=00 Last date & time for sale of Tender Document
30.04.2013 up to 11.00 A.M.
Last Date of Submission of Tenders
30.04.2013 up to 02.00 PM
Date of opening of Tenders
30.04.2013 at 03.30 P.M.
Date of Sale of Tender Document 08.04.2013 to 30.04.2013 up to 11.00 A.M.
Member Secretary
1
BIHAR STATE POLLUTION CONTROL BOARD BELTRON Bhawan, Shastri Nagar, Patna-800 023
EPABX - 0612-2281250/2282265, Fax - 0612-2281050
Website.bspcb.bih.nic.in
TENDER NOTICE
No. BSPCB/CL/633/2011/2013-14/1/ 190 Dt. 08.04.2013
TENDER NOTICE FOR SUPPLY, INSTALLATION, COMMISSIONING AND
OPERATION & MAINTENANCE OF REAL TIME AMBIENT NOISE
MONITORING STATIONS (NOISE MONITORING TERMINALS AT
PATNA
1. Bihar State Pollution Control Board, Patna invites sealed tenders in two bid form
(Technical & Financial) separately from reputed manufacturer/authorized dealers in
India and abroad for supply, installation, commissioning of Real Time Ambient
Noise Monitoring Stations (Noise Monitoring Terminals) at Patna and operation &
Maintenance of these stations for one year as per technical specifications specified
in bidding documents.
2. A complete set of tender documents may be purchased by interested eligible
bidders from 08.04.2013 to 30.04.2013 up to 11.00 A.M. on submission of a
written application with a non-refundable Bank-draft of Rs. 10,000/-(Rupees Ten
Thousand) only towards cost of Tender Document in favour of "Bihar State
Pollution Control Board" payable at Patna.
The same can also be downloaded from Board's website
http://bspcb.bih.nic.in. In this case bid shall be accompanied along with a demand
draft Rs. 10,000=00 as cost of tender document.
3. Tenders (technical & financial ) must be submitted in two separate envelopes on
or before 2.00 P.M on 30.04.2013 at "Bihar State Pollution Control Board" Beltron
Bhawan, Shastrinagar, Patna- 800 023. Techno-commercial bids will be opened
on the same day i.e. 30.04.2013 at 3.30 P.M in the presence of bidders or their
authorized representatives who would like to be present. The date of opening of
financial bid will be communicated latter on to the successful bidders whose
techno commercial bid is found suitable by the Board.
4. All the tenders must be accompanied by Earnest Money Draft (EMD) in accordance
with the instructions given in bidding document.
5. Bihar State Pollution Control Board reserves the right to reject any or all the bids
without assigning any reason whatsoever.
6. In the event of date being declared as holiday, the date for submission and opening
of bids shall be the following working day of the appointed date and time.
7. Terms, conditions and description of works: As detailed in bidding documents.
Member Secretary
2
Description of Works
a. Supply, installation, commissioning of Real Time Ambient Noise Monitoring
Stations (Noise Monitoring Terminals) at five locations at Patna and their
operation & Maintenance for one year.
b. Site shall be in each category(Industrial area, commercial area, residential area
and silence zone)
c. Each Noise Monitoring/Noise Monitoring Terminal (NMT) shall be equipped
with an outdoor microphone covered with an acoustic enclosure for protection
from rain and wind (resistant to all weathers) and with a weatherproof cabinet
containing a Noise Level Meter/Analyzer of class 1 type, battery,
communication device for transmitting data to receiving station. The whole of
the station/terminal shall be portable to be installed on a mast fixed on 4'x4'
RCC Block base.
d. The Noise monitoring shall be carryout for 24 hours continuously. Out of which
16 hours for day time for 06 AM to 10 PM and 8 hours for night time 10 PM to
6 AM with 1 second sampling period.
e. The NMT shall be powered from a battery chargeable through solar panel
connected through DC supply input or from 220 Volt 50Hz AC. Bibber must
quote for a solar penal, external battery and solar charge controller for all
stations.
f. Communication Management with all remote terminals, via GSM/GPRS, radio
etc.
g. Data Retrieval with automatic and manual operation and data storage in a SQL
database, in order to allow the users to carry out their data analysis and data
processing.
h. The Central Receiving Station will have software installed on Central Terminal
for data acquisition, data archival, data analysis, data display, report generation
and visualization. Visualization of the data can be done for single remote station
or multiple remote stations together in a standalone server, as well as, over
internet. The Central Receiving station and software shall incorporate and
handle any number of remote stations.
i. Display board of 150cmx100cm size shall be provided at each station. The
display board will have single colour and three display line to display the noise
level data.
j. The type of reports to be generated from Central Receiving Station shall
include:
3
Peak Value of 24 hour : 6 AM to 10 PM –Daily
Peak Value of Night : 10 PM to 6 AM –Daily
Peak Value of the Day : 6 AM to 10 PM – Daily
Leq (Day time) : 06 AM to 10 PM – Daily
Leq (Night Time) : 10 PM to 06AM – Daily
Ln10, Ln90 etc.
List of the values with their location and time should be compiled in
Tabular form for assessment of noise data.
Monthly report generation for all the stations.
Yearly report generation for all the stations.
k. List of equipments/items needed for Real Time Ambient Noise Station
(Noise Monitoring Terminals) at five locations in Patna is hereunder:
S.No. Equipment Quantity
1. Noise Monitoring Terminal (NMT) equipped with an
outdoor microphone covered with an acoustic enclosure
for protection from rain and wind (resistant to all
weathers) and with a weatherproof cabinet containing a
Noise Level Meter/Analyzer of class 1 type, battery,
communication device for transmitting data to receiving
station and mast.
5 units
2. Solar panel for providing power backup 5 units
3. Display board of 150cmx100cm size of single colour and
three display lines to display the noise level data
5 units
4. Central receiving station with computers a compatible
software for data acquisition.
1 unit
5. Works station computers 2 units
6. UPS, 5 KVA 1 unit
7. Printer, Colour Laser Jet Printer 1 unit
8. External Hard disk, 1 TB 1 unit
4
PART-A
General
Terms and Conditions
Of
Tender
5
BIHAR STATE POLLUTION CONTROL BOARD BELTRON Bhawan, Shastri Nagar, Patna-800 023
EPABX - 0612-2281250/2282265, Fax - 0612-2281050 Website.bspcb.bih.nic.in
1.0 GENERAL TERMS AND CONDITIONS
1.1 (i) The Tender Document along with detailed specifications of the Real Time
Ambient Monitoring System (Noise Monitoring Terminals) can be obtained in
person from Bihar State Pollution Control Board, Patna or by the authorized
representative on submission of prescribed tender document fee in the form of
demand draft drawn in favour of Bihar State Pollution Control Board, Payable
at Patna.
(ii) The bid document may also be downloaded from BSPCB website
Website.bspcb.bih.nic.in. Bidders using downloaded tender forms from BSPCB
website must submit cost of tender document by demand draft drawn in
favour of Bihar State Pollution Control Board Payable at Patna along with
technical bid. The bid form downloaded through BSPCB website submitted
without tender fees will not be accepted.
(iii) The Bid must be submitted in English. In the case of foreign manufacturers,
the bids should be submitted by the authorized agents / representatives. They must
enclose authorization letter issued by their manufacturer. In case of the
equipments / instruments (Noise Monitoring Terminals) of Indian origin the bids
shall be accepted from manufacturer and or its authorized representative/agent.
1.2 The tender document is not transferable by the purchaser. The bid form in the
tender document at Annexure-II will be used for technical bid. Tender document
downloaded from the BSPCB website Website.bspcb.bih.nic.in can also be used. Bids
made on photocopy etc. will not be considered. However, the additional sheets
containing the same Pro-forma may be used for each item. Each sheet must be
signed by the bidder. The price bid must be in the form provided herewith at
Annexure-III. It should be sealed in separate envelope.
1.3 The tender will not be accepted from the firm to whom the document has not been
issued by the Board or bid form downloaded from the BSPCB website
Website.bspcb.bih.nic.in without tender fee.
1.4 The Board reserves the right to accept or reject any or all the tenders in part or
full without assigning any reason thereof.
6
1.5 The bidder is expected to examine all instructions, forms, terms and conditions and
specifications mentioned in the bid document carefully. Failure to furnish all
information required by the bid documents or submission of a bid not substantially
responsive to the bid document in every respect will be at the bidder's risk and may
result in the rejection of its bid.
1.6 The Board at its discretion may extend the last date of submission of tender and
opening of tenders. The final authority for acceptance of a tender will rest with the
Member Secretary, Bihar State Pollution Control Board who does not bind
himself to accept the lowest tender and may accept or reject any or all of the bids
received without assigning any reason.
1.7 Documents, literature, diagrams / leaflets, original catalogue of equipment and
samples etc., enclosed with the bids shall become the property of the Board without
any cost.
1.8 WARRANTY: The comprehensive warranty period will be for thirty six
months starting from the date of successful commissioning of the instrument.
Under this warranty, upon the receipt of such notice, supplier / agent shall, within
the period specified, repair /replace the defective instrument or spare parts thereof at
the ultimate destination. The supplier/agent shall take over the replaced parts/goods,
in the event of any correction of defects or replacement of defective material. In
such cases, the warranty for the corrected/replaced materials shall be extended to the
left over period of warranty. The comprehensive warranty includes maintenance of
equipments including spare parts etc.
1.9 The tender would be regarded as turned down, if no award of contract has been
obtained till the expiry of the tender validity. No separate communication will be
made in this regard.
1.10 The items have to be supplied in standard packing at the Central Laboratory, Bihar
State Pollution Control Board, Beltron Bhawan, Shastri Nagar, Patna-23
1.11 In case of the date of submission and the date of opening of tender is declared as
Public Holiday, the tender shall be submitted and opened on the next working day
at the same time.
1.12 The bid shall contain no interlineations, erasures or overwriting words except as
necessary to correct errors made by the bidder, in such case, correction shall be
initialed by the person or persons signing the bid.
1.13 Late and delayed tenders will not be considered and shall be returned unopened to
the Bidder.
1.14 It is advised that the outside suppliers should send the tender through Registered
Post. However, the local supplier may drop their tenders in tender Box kept in,
BSPCB, Patna for this purpose.
1.15 Canvassing in any form will disqualify the bid.
7
8
1.16 Request for the tender document for bidding through Telex, Telegram, Telephone,
Money Order and Tele-fax shall not be entertained.
1.17 The tender Notice No. BSPCB/CL/633/2011/2013-14/1/190 , Dt. 08.04.2013 must
invariably be quoted in the bid and for further correspondence in this regard.
1.18 All the Tenders should be addressed to:
Member Secretary
Bihar State Pollution Control Board
BELTRON Bhawan, Shastri Nagar, Patna-800 023 Bihar (India)
2.0 SUBMISSION OF BID
2.1 The bid prepared by the bidder and all correspondence and documents relating to
the bid shall be written in English language. The check list for submission of
bid is available at Annexure - VII
2.2 The Bidders are requested to quote the rates for each equipment/items on FOR
destination basis including total price of each instrument separately indicating the
taxes and duties and other expenditure. The freight charges and insurance will be
borne by the buyer in the case of imported items. For indigenous items supplied by
Indian firms, the rate should be FOR central laboratory of BSPCB, Excise
Duty/Custom Duty excluded price should be quoted as necessary exemption
certificate as applicable will be supplied by the Board. Taxes and other
levies, insurance freight etc. if any, should be indicated separately also.
IMPORTANT: Bidder is expected to examine the bidding documents carefully and are
deemed to have received and read all relevant documents. It shall be the
responsibility of the bidder to request for copy of any missing document.
Failure to do so will be at bidders risk.
The Supplier should attach a copy of financial bid / Pro-forma Invoice of the
Instrument/item quoted (without cost / price figures) along with the technical
bid to assess the item / components quoted in the bid. The manufacturer will
give the undertaking (Annexure IV) that he or his authorized dealer will
service /repair the equipment during guaranty / warranty / maintenance
contract.
2.4 It may be noted that mere quoting lowest rates will not entitle any firm to get the
order. For qualifying technical bid the quality of the item being offered, the past
performance, supply etc. will also be taken into consideration. The Board may call
for any details, explanation, regarding technical & financial aspect.
2.5 Bidder is to quote the r a t e s f o r a l l t h e instruments tendered for complete scope
of work. EMD should be submitted as per bidding document.
9
2.6 The tender is to be submitted "Single Stage- Two Envelope System" i.e. the first
sealed envelope will contain full information required to judge pre-qualification
signed tender document, tender fee, earnest money, complete details and
specification of the instruments/items offered in Annexure – II (without
quoting price) including the brochure/ leaflets and original catalogues, list of
credentials with documentary evidence i.e., purchase/ work order etc.,
PAN-Number VAT/Sales Tax Registration No., Affidavit for not being black
listed. It shall be marked as technical Bid No. BSPCB/CL/633/2011/2013-
14/1/190, Dt. 08.04.2013 due on 30.04.2013 for Real Time Ambient Monitoring
System (Noise Monitoring Terminals) at Patna. The second envelope will contain
only price quoted by the bidder in the form given at Annexure –III of this
document and shall be clearly marked "Price Bid No.
BSPCB/CL/633/2011/2013-14/1/190, Dt. 08.04.2013 for Real Time Ambient
Monitoring System (Noise Monitoring Terminals) at Patna. Both the above
envelopes must be separately sealed and shall be kept in one envelope bearing the
address of BIHAR STATE POLLUTION CONTROL BOARD and prescribed
with bold letter TENDER. FOR REAL TIME AMBIENT MONITORING
SYSTEM (NOISE MONITORING TERMINALS) AT PATNA NOT TO
OPEN BEFORE 30.04.2013 AT 03.30 P.M. The senders address should be
mentioned in all envelopes.
2.7 Technical part of the tender will be opened on due date i.e. at 3.30 P.M. on
30.04.2013 in the office of the Board, in presence of the representative of the
tenderer, who would like to be present. Sealed Price part of technically and
commercially acceptable tenders will be opened on a later day subsequently as
decided by the board. The date of opening of financial bid will be communicated by
the Board to the successful bidders whose techno-commercial bid is found
substantially responsive.
2.8 EARNEST MONEY/ SECURITY DEPOSIT
(i) The Earnest Money (2% of the estimated value) of Rs. 1,10,000/- (Rupees
One lac ten thousand) only must be submitted by the Bidder along with the
Tender in the form of Demand Draft only drawn in favour of BIHAR
STATE POLLUTION CONTROL BOARD payable at Patna.
(ii) The Earnest Money shall be forfeited if a bidder withdraws or amends the
tender in any respect within the period of validity of his tender or fails to
submit security deposit or agreement within the specified period as mentioned
in the tender document. Tender shall not be entertained where a bidder has
not furnished adequate earnest money in the prescribed and acceptable form. In
case, the instrument supplied is found defective and not attended by the
supplier /authorized agent, the Security Money deposited by the supplier /their
authorized Indian agent will also be forfeited.
10
2.9 Earnest money/ security deposit will not be taken from the following:
Undertakings, Corporations, Autonomous bodies, Registered Societies Co-operative
Societies which are controlled/ managed by Government, Govt. Undertakings and
Companies of Union Government and Government of Bihar.
2.10 Return of earnest money: Unsuccessful bidder’s earnest money will be
discharged/ returned without any interest after the concerned purchase is finalized
and that of successful bidders will be adjusted (without interest) in security deposit.
2.11 The validity of tender would be for a minimum period of 180 days from the
date of opening of tenders. A Bid valid for a shorter period may be rejected by the
Board as non- responsive. In case the validity is to be extended; the Board may
solicit the Bidder's consent to an extension on the period of validity and the bid shall
remain valid for the extended, period mutually agreed for.
2.12 The prices should be quoted both in words and figures.
2.13 Arithmetical error will be rectified on the following basis:- If there is discrepancy
between the unit price and total price that is obtained by the multiplying the Unit
Price and quantity, the unit price shall prevail and the total price shall be corrected.
If there is discrepancy between words and figures, the amount in words will prevail.
2.14 Tenders not in proper sealed cover or received through telegraphically or E-mail
fax/telex will not be entertained.
2.15 Conditional Tenders will be rejected without assigning any reason.
2.16 The Bid shall be typed or written in indelible ink and shall be signed by the Bidder
or a person duly authorized for this purpose. The letter of authorization should bear
the signatures of only the authorized person of the firm. All pages of the Bid, except
for un-amended printed literature shall be initialed by the person or persons signing
the bid.
2.17 Clarification of Techno- commercial bids
To assist the techno -commercial examination , evaluation and comparison of bids
the Board may, at its discretion, ask the bidder for a clarification of its Techno-
commercial bid. However, all responses to request for clarification shall be writing,
and, no change in the price bids be sought, offered or permitted.
2.18 Eventual suggestions for modification or subsidiary Tenders are principally not
admissible.
2.19 The specifications are clearly mentioned in the document and the Bidder is
requested to submit Bid only if their offer strictly comply to these
specifications. The bidding for the instruments having different specification
will be on Bidder's risk as the Board will not entertain such bids. Bids carrying
the statement like "specification as per tender document" shall not be
entertained. the product specifications supported by technical literature and
list of users must be enclosed with Annexure II.
11
2.20 The placement of work order/purchase order will be according to technical
evaluation of the tender and after consideration of its price worthiness.
2.21 The price to be given in the tender are fixed prices, irrespective of rise in Materials
prices etc., till the delivery of the overall consignment. No request regarding
increase in the price of instruments etc., will be entertained after the submission of
the tender.
2.22 The nomenclature of the instruments and spares will be invariably same in Pro-forma
Invoice, Invoice, Packing list and all other relevant papers in case the Bidder is
awarded with the purchase order for supply against its offer.
2.23 With the submission of his tender the bidder accepts the conditions of the tender.
2.24 If the instrument supplied is not in conformity with the specification other than
asked for, it will have to be replaced at the risk and cost of the supplier. No freight
and other charges for export and re-shipment will be paid by the Board.
2.25 The authorized Indian agent/representative should have minimum two years
agency or collaboration with their principal foreign supplier. The documentary
proof of such agency ship/ authorization/ MOU should be submitted along with the
technical part. If the bid of the firm does not contain the proof of such
nomination/authorization, Indian agent will be rejected.
2.26 The installation of the instruments/NMT is the entire responsibility of the
supplier. It must be done either by the principal supplier or their authorized
agents within 120 days from the date of opening of LC in case of foreign
suppliers. For Indian supplier the installation should be completed within 100
days from the date of issue of purchase order. The supplier or their authorized
agent should be in touch with the Central Laboratory of the Board to know the
exact day of receipt of stores supplied/ dispatched by them.
2.27 The list of instruments/equipments/NMT, their approximate quantity and point of
deliver y is given at Annexure-V and the detailed specification of the instrument are
given in the tender document. The quantity mentioned in the tender document may
be increased or decreased at the discretion of the Competent Authority in the Board
without assigning any reason.
2.28 Each and every folio of the tender must be signed by the bidder.
2.29 The bidder should attach a separate list for the consumable/spares required for
smooth operation of the instrument at least for three years (as optional items) and
two copies of trouble shooting manuals, electric circuits etc. along with the bid.
2.30. Bidder has to provide training on operation and maintenance to Board
Officials of laboratory without any additional charges.
2.31 The instruments/NMT for which tenders are invited will have to be supplied
within 90 days from the date of opening of LC if the goods are imported. A
period of 60 days will be allowed for delivery of equipment from the date issue of
purchase order in the case of Indian manufacturers/suppliers.
12
2.32 After sales, the service is most important to be considered for comparison of the
bids. Bid of those firms who do not have Indian / Local Agents to provide after sales
and service during warranty period will not be considered. After sales service must be
provided at the premises of the Laboratory / Offices of BSPCB, by the
manufacturer or authorized service provider. The instrument will not be sent to
the service provider for the repair.
2.33 The instrument price should be quoted on FOR BSPCB basis, the delivery shall be
taken at Central laboratory, BSPCB, Patna.
2.34 The foreign bidders must indicate the following information in their
Pro-forma invoice along with the Price Bid separately for each
instrument/equipment.
a) Country of Origin.
b) Port of Shipment.
c) Name & Address of beneficiaries Bank, Branch name with Account No.
d) Whether trans-shipment/partial shipment is required or not.
e) The Indian Agent’s complete address, telephone & fax number.
2.35 (a) The items have to be supplied in standard packing. The foreign supplier should
use the minimum possible packets and should reduce the size of the packing in
volume to avoid extra demurrage in the bonded warehouse in India, if any.
(b) Important Bank charges: - All Bank charges within the country (in India) will
be buyers account and all Bank charges outside the country should be borne by the
supplier / beneficiary. The bidders may note this and quote the price of the
instrument/ equipment accordingly. In the case of Foreign Suppliers, they will have
to ensure shipment of the consignment as per the validity of the letter of credit
established in this regard. In case of extension of supply date is sought, the bank
charges towards the amendment of L.C. should be borne by the
Beneficiary/Supplier.
2.36 Foreign Principals/their authorized Indian Agent shall intimate the buyer
regarding the date of shipment well in advance. A copy of the invoice
documents, air way bill, packing list, certificate of country of origin may be
forwarded to the purchaser by fax immediately after shipment of the
consignment to clear from custom authorities so as to avoid demurrage charges.
The consignment is to be get cleared by supplier from custom and he will
deliver the item at Central and Regional laboratories.
2.37 At any time prior to the deadline for submission of bids ,the buyer may, for any
reason, whether at its own initiative or in response to a clarification requested by a
prospective bidder, modify the bidding documents by an amendment.
2.38 The Amendment made by the competent authority in the tender document if any
will be binding on the bidders.
2.39 In order to offer prospective bidder reasonable time in which to take the
13
amendment into account in preparing their bids, the purchaser may at its discretion,
extend the deadline for the submission of bids.
2.40 According to the bidder, if the tender documents contain unclear points which
could influence price calculations, the bidder has to inform the authority who is
issuing the call of Tenders before submission of its Tender, either in writing or by
fax, even if he has pointed out this earlier in any other form/reference.
2.41 The packing, forwarding, charges must be quoted according to the place of delivery
at Central Laboratory, BSPCB, Patna. The supplier will be held liable for any damage,
theft or loss during transit. The instruments are to be dispatched to the respective
places directly and to be installed there, by the supplier under intimation to,
BSPCB Office at Beltron Bhawan Shastri Nagar Patna-23.
2.42 For the comparison of the rates quoted in different currencies by the bidders, the
comparison will be done on the basis of conversion of currency in Indian Rupees on
the date of opening of technical bid of the tender.
3.0 PAYMENT CONDITIONS
3.1 (i) For Foreign Bidders: - The foreign bidders should quote the price in
foreign currency. In case, they have components and services of Indian agent, the
same may be quoted in Indian Rupees.
100% payment will be released through irrevocable Letter of Credit in the name of
foreign bidders for stores of foreign origin.
80% payment will be made on shipment of the instrument/Equipments and on
furnishing Bank Guarantee/Bank Draft for 10 % of the purchase order as
performance security, .For release of payment the supplier shall submit documents
as specified in Annexure VI A
20% will be released on satisfactory installation, training and commissioning of
instrument / equipment.
(ii)For Indian bidders 100% payment will be released on satisfactory supply
installation, training and commissioning of the instrument and on furnishing Bank
Guarantee/Bank Draft for 10 % of the purchase order value as
performance Security. The supplier shall provide the documents with each
instrument as mentioned at Annexure- VI B.
3.2 The Performance Security s h a l l be furnished by the principal supplier or their
authorized Indian agent from any Nationalized Bank as Bank Guarantee.
Performance security shall be valid up-to expiry of the warranty period.
3.3 The defective, substandard and contrary to the specification of instruments, if
supplied have to be replaced by the supplier at their cost and responsibility. In case
of indigenous instrument/ equipment quoted by Indian firms/ representatives/ Indian
agents of foreign supplier / manufacturers in rupee terms the payment will be made
in Indian rupees directly after supply and satisfactory installation / commissioning.
3.4 The reference of supply order should be submitted for payment.
14
4.0 SETTLEMENT OF DISPUTE, ARBITRATION
4.1 All disputes or difference arising out of or in connection with the contract and
supply of any item/equipment assigned under the same (whether during the progress
of the works or after their completion, determination, abandonment or breach of the
contract) shall be settled by the Chairman, Bihar State Pollution Control Board
in accordance with the Arbitration and Conciliation Act, 1996. The
arbitrators appointed by the Chairman, Bihar State Pollution Control Board. The
Chairman, Bihar State Pollution Control Board, Patna shall appoint a sole
arbitrator. The decision of the sole arbitrator shall be final and binding on both the
parties. It will not be an objection to any such appointment that the arbitrator is the
Government servant and had any interest in the Board or the contract entered in
to directly or indirectly. In all cases, the arbitrator shall state his decision in
writing. Arbitration proceedings shall be held at Patna, Bihar (India) and the
language of arbitration proceeding and that all documents and communications
between the parties shall be in English.
4.2 It is a term of the contract that the party invoking the dispute shall specify the
dispute or disputes to be referred to the arbitrator under this clause together with the
amount or amount claimed in respect of each such dispute.
4.3 It is also a term of the contract that if the supplier (s) do not make any demand in
respect of any claim (s) or dispute in writing within 90 days of submission of the
final bill for payment, the claim of the supplier will be deemed to have been waived
and absolutely barred and the Board will be discharged and released of all liabilities
under the contract in respect of these claims.
4.4 LAWS AND REGULATIONS
The formation, validity and performance of this Contract shall be governed as to all
matters by and under the laws and regulations of India and courts of Patna shall
have exclusive jurisdiction in all matters arising under this Contract.
The Supplier shall respect and abide by all laws and regulations of India and shall
make its best effort to ensure that the personnel of the Supplier and their
dependents, while staying in India, shall respect and abide by all laws and regulation
of India.
The Supplier shall protect, absolve and indemnify the Board, and their
representatives from any claim, loss or damage arising from any non compliance
alleged or proved, without claiming them for payment.
4.5 FORCE MAJEURE
Vendor shall not be considered in default if delay in delivery occurs due to causes
beyond his control such as acts of God, natural calamities, civil, wars, strikes, fire
frost, floods, riots and acts of usurped power. Only those causes which have a
duration of more than seven calendar days shall be considered cause of force
majeure. A notification to this effect duly certified by the Local Chamber of
15
Commerce/Statutory Authorities shall be given by the Vendor to the buyer by
registered letter. In the event of delay due to such cases a length of time equal to the
period of force majeure or at the option of the buyer may be extended, the order
may be cancelled. Such cancellation would be without any liability whatsoever on
the part of buyer. In the event of such cancellation the vendor shall refund
any amount advanced by the Purchaser and deliver back any material issued to
him by the Purchaser and release facilities, if any, provided by the Purchaser.
5.0 INJURY AND DAMAGE
5.1 Injury or Death of Persons The Supplier shall be liable for and shall indemnify the Board against any liability,
loss, claim or proceedings, whatsoever arising under any statue or law in respect of
personal injury or death or any disability caused by the carrying out the Works.
5.2 Damage to Property
The Supplier shall be liable for and shall indemnify the Board against and insure
and cause any Manufacturers and subcontractors to insure against any expense,
liability, loss claim or proceedings in respect of any damage whatsoever to any real
or personal property for any one occurrence in so far as such damage arises out of or
in the course of or by reason of the carrying out of the Works and is due to any
negligence, omission or default of the Supplier or any person for whom the supplier
is responsible or any Manufacturers and subcontractors or person whom the
Manufacturers and subcontractors are responsible.
6.0 ROYALTY AND PATENTS
6.1 The Supplier shall pay all royalties and licenses fees for the use of any patented
item, whether it may be an invention, method, arrangement, article, process or
appliance used in connection with the performance of the Contract. The supplier
shall indemnify and save harmless the Board against any and all costs, damages and
expenses of any nature or kind whatsoever which may arise out of or result from a
claim by any person, firm or corporation that the manufacture, purchase, use of sale
of any of the inventions, methods, arrangements, articles processes or appliances
used in connection with the performance of this Contract infringes any patent of
such other rights. The Supplier shall, at the request of the Board, defend the Board
against any suit brought to enforce any such claim at the Suppliers expense.
6.2 In case any such patented item used on or in conjunction with the Works is in suit
held to constitute and infringement of its use enjoined, the supplier shall either
secure for the Board the right to continue using the said item by suspension of the
enjoinment, by procuring for the Board a license or otherwise, or will replace such
items with a non-infringing item or modify it so that it becomes non- infringing or
with the Boards approval remove the said enjoined item and refund to the Board the
sums paid thereof.
16
7.0 EFFECTIVENESS This Contract shall come into force and effect on the date of the Letter of Award
and shall be in force until the expiry of the warranty period and all the payments
have been made to the Supplier.
8.0 Forfeiture of earnest money:- The earnest money will be forfeited in the
following cases:
(i) When bidder withdraws or modifies the offer after opening of tender but
before acceptance of tender.
(ii) When bidder does not execute the agreement if any, prescribed within the
specified time.
(iii) When the bidder does not deposit the security money .
9.0 Performance Security Deposit:- 1. Successful bidder will have to deposit performance security equal to 10% of the
value of the contact price.
2. Within thirty (30) days of notification of award from the Board, the
successful Bidder shall furnish the Performance Security in the form of bank
guarantee issued by a reputable bank having license to do business in India or as
bank draft payable to Bihar State Pollution Control Board, Patna for an amount
equivalent to 5 % of the Contract Price, for the guaranty/warranty period.
3. Remaining 5 % shall be deducted from the bill after adjustment of earnest money
(2 % of estimated value) submitted during bid submission.
4. No interest will be paid by the State Board on the performance security money.
5. The performance security money shall be refunded after the expiry of the period
of guarantee / warranty and after satisfied there are no dues outstanding against
the bidder
6. In case of non submission of performance security of 10%, the same will be
deducted from the bill after adjustment of earnest money. The decision in this
regards shall be obtained from Board on request of the bidder.
10.0 Forfeiture of Performance Security Deposit- Performance Security amount in full or part may be forfeited in the
following cases:-
(a) When any terms and conditions of the contract is breached.
(b) When the bidder fails to make complete supply satisfactorily
(c) Notice of reasonable time will be given in case of forfeiture of security deposit.
11.0 The expenses of completing and stamping the agreement shall be paid by the
bidder and the State Board shall be furnished free of charge with one executed
stamped counter part of the agreement.
12.0 Insurance:- The goods will be delivered at the destination in perfect condition.
The supplier, if he so desires, may insure the valuable goods against loss by theft,
destruction or damage, by fire, flood, under exposure to whether or otherwise
viz., (war rebellion, riot, etc.,). The insurance charges will be borne by the supplier
17
and State Board will not reimburse such charges
13.0 Liquidated damages:- (1) The time specified for delivery in the tender form shall be deemed to be the part
of the contract and the successful bidder shall arrange supplies within the
period from the date of supply order issued by the Member Secretary,
Bihar State Pollution Control Board, Patna (Bihar) .
(2) In case of extension in the delivery period with liquidated damages the recover y
shall be made on the basis of following percentages of value of Stores which the
bidder has failed to supply:-
(a) Delay up to one month of the prescribed delivery period 2.5% (b) Delay exceeding two month of the prescribed period. 5%
(3) The maximum amount of liquidated damages shall be 5%
(4) If the supplier requires an extension of time in completion of contractual supply
on account of occurrence of any hindrance he shall apply in writing to the
authority, which has placed the supply order, for the same immediately on
occurrence of the hindrance but not after the stipulated date of completion of
supply of goods.
(5) Delivery period may be extended with or without liquidated damages if the delay in the supply of goods is on account of hindrances beyond the
control of the bidder.
14.0 Recoveries:- Recoveries of liquidated damages, short supply, breakage, rejected
articles shall ordinary be made from bills. Amount may also be with held to
the extent of short supply,· breakage, rejected articles and in case of failure
in satisfactory replacement by the supplier along with amount of liquidated
damages shall be recovered from his dues and, security deposit available with the
department. In case recovery is not possible appropriate action will be taken
under Bihar PDR Act or any other relevant law in force.
15.0 Inspection:- (a) The Member Secretary BSPCB Patna, or his duly authorized representative
shall have right for inspection of the instrument/equipments at premises of the
bidder. In case of foreign supply, the bidder is required to submit the
certificate of testing, materials and workmanship of the instrument
/equipments /NMT during manufacturing process or afterwards as may be
decided.
(b) The bidder shall furnish complete address of the premises of his office,
godown and workshop with contact number of responsible person where
inspection can be made together with name and address of the person who is
to be contacted for the purpose. In case of those dealers who have newly
entered in business a letter of introduction from their bankers will be
necessary.
16.0 Clearance of consignment from Customs:- For imported items, clearance of the consignment from Customs will be done by
the bidder. Excise Duty/Custom Duty excluded price should be quoted as
necessary exemption certificate as applicable will be supplied by the Board.
18
17.0 Demurrage charges: - In case, any demurrage charges are paid to release the consignment from
custom, it will be borne by bidder.
18.0 Rejection:-
i. Articles not approved during inspection or testing shall be rejected and will
have to be replaced by the bidder at his own cost within the time fixed by the
Member Secretary.
ii. If, however due to exigencies of Bihar State Pollution Control Board work,
such replacement either in whole or in part, is not considered feasible, the
Member Secretary after giving an opportunity to the bidder of being heard,
shall for reasons to be recorded, deduct a suitable amount from the approved
rates. The· deduction so made shall be final.
iii. The rejected articles shall be removed by the bidder within 15 days of
intimation of rejection, after which Board shall not be responsible for any
loss, shortage or damage and shall have the right to dispose of such articles
as he thinks fit, at the bidder's risk and on his account.
19.0 The bidder shall be responsible for the proper packing so as to avoid damage
under normal conditions of transport by sea, rail and road or air and delivery of the
material in good condition to the consignee at destination. In the event of any loss,
damage, breakage or leakage or any shortage the bidder shall be liable to make
good condition such loss and shortage found at the checking/inspection of the
materials by the consignee. “No extra cost" on such account shall be admissible.
20.0 The Board can repudiate the contract for the supply, at any time, if the supplies are
not made to his satisfaction after giving an opportunity to the bidder of being heard
and recording of the reasons for repudiation.
MEMBER SECRETARY
20
Annexure-I
BIHAR STATE POLLUTION CONTROL BOARD BELTRON Bhawan, Shastri Nagar, Patna-800 023
EPABX - 0612-2281250/2282265, Fax - 0612-2281050
Website: Website.bspcb.bih.nic.in
BSPCB/CL/633/2011/2013-14/1/ 190 Dated-08.04.2013
APPLICATION FORM (To be filled by the bidder)
1. Name and full address of the:
Bidder including Telegraphic
Address/Telex No. and Fax No.
2. Name and designation of the
Head of the Firm/supplier and
his Telephone No.
3. i)In case the supplier is located out of Bihar; specify the authorized Distributor's or Agent's Address in
Patna, if any.
ii) Name, Designation, Address
Telephone & Fax Numbers of the
Authorized Person who may be Contacted during the process of the
Purchase concerned under this document (Applicable for all the suppliers)
4 Tender Validity :
5 Whether Earnest Money Deposited: Yes / No If yes (Amount: in Rs.) ,
/Demand Draft No, Date, and Name of Issuing Bank
6. Tender document fees Rs 10,000/- details DD / Cash receipt No , Date and
Name of Issuing Bank
7 Income Tax Clearance Certificate:
Attached (Latest) with PAN Number Yes or No
. All the terms and conditions of the tender documents have been read carefully and are accepted.
Place:
Date : Legally Binding Signature with stamp
19
21
BIHAR STATE POLLUTION CONTROL BOARD BELTRON Bhawan, Shastri Nagar, Patna-800 023
EPABX - 0612-2281250/2282265, Fax - 0612-2281050
Website: Website.bspcb.bih.nic.in
Bid Form For (Real Time Ambient Noise Station (Noise Monitoring Terminals)
BID FORM FOR TECHENICAL BID
Please do not write the Price
ANNEXURE - II
Details showing quantity, specification and other details of the instruments offered (Instrument / Equipment code No._ _)
(to be filled by the bidder and must be kept marked as Technical Bid" part of the Tender)
S. No.
Name of
Item
The Specification offered by the Bidder
Difference in Specifications
of tender document and that
of Bid, if any
Qu
anti
ty
Unit Price
(excluding
rates at
col. no. 7)
indicate
the name
Taxes and other
expenditures (Sales
Tax /VAT, C.S.T,
freight, cost of
installation &
training (in case
Total
Amount
(FOR
BSPCB
in
Rupees)
1
2
3
4
5
6
7
8
PLEASE DO NOT WRITE
RATES / PRICE HERE
NOTE:- If this sheet is not sufficient to accommodate the bid, the additional sheets may be used containing the same Proforma but all such
sheets including this one must be signed on each sheet by the Bidder along with the seal. Separate Bid form should be attached for each
equipment, quoted for.
Signature with date & stamp of the bidder
20
22
BIHAR STATE POLLUTION CONTROL BOARD BELTRON Bhawan, Shastri Nagar, Patna-800 023 EPABX - 0612-2281250/2282265, Fax - 0612-2281050
Website: Website.bspcb.bih.nic.in
ANNEXURE -III
Bid Form For Price Bid For (Real Time Ambient Noise Station (Noise Monitoring Terminals) Details showing quantity, specification and other details of the instruments offered (Instrument / Equipment code No._ _)
(To be filled by the bidder and must be kept in "Price Bid" part of the Tender)
S. No.
Name of
Item
The Specification offered by the
Bidder
Difference in Specifications of
tender document and that of
Bid, if any
Q
uan
tity
Unit Price
(excluding
rates at col.
no. 7)
indicate the
name of the
currency (in
figure &
words)
Taxes and other
expenditures
(Sales Tax/VAT,
C.S.T, freight,
etc.
Total
Amount
(FOR
BSPCB)
including all
charges
(in figure &
words)
1
2
3
4
5
6
7
8
NOTE:- If this sheet is not sufficient to accommodate the bid the additional sheets may be used containing the same Proforma but all such sheets
including this one must be signed by the Bidder along with the seal. This Annexure must be enclosed in the Proforma Invoice price bid for item
wise. Separate Bid form should be attached for each equipment / instrument, quoted for.
Signature with date & stamp of the bidder
21
23
UNDERTAKING
ANNEXURE - IV
To be given by Principal Manufacturer
TENDER NOTICE No. BSPCB/CL/633/2011/2013-14/1/190 Dt. 08.04.2013
TO
THE MEMBER SECRETARY
BIHAR STATE POLLUTION CONTROL BOARD BELTRON BHAWAN, SHASTRI NAGAR, PATNA-800 023 .
Sir,
We have examined the conditions of tender document and specifications of the
instruments/ equipments, the receipt of which is hereby acknowledged. We, the
undersigned, offer to supply, deliver and install the (Name of equipment / instrument):
(Please add additional pages, if required)The above supply, installation shall be
in conformity with the specifications and conditions of tender.
We undertake, if our bid is accepted to deliver the instruments quoted by us, we shall
deliver and install within the period indicated in the tender document.
We agree to abide by this bid for a period of 180 days from the date fixed for Bid opening
and it shall remain binding upon us and may be accepted at any time before expiration of
that period.
We are submitting a demand draft (Payable At Patna) for Rs................................. in
favour of " Bihar State Pollution Control Board", Patna towards the Earnest Money.
This bid, together with your written acceptance thereof in your notification of award shall
constitute a bidding contract between us.
We understood that you are not bound to accept the lowest or any bid you may receive.
We or our authorized dealer shall provide the spares/service of equipment under warranty
/ guarantee and also during AMC after expiry of warranty / guarantee. If authorized
dealer is not available or authorized dealer is changed, we (manufacturer) will be
responsible for service / repair of the equipment supplied by us.
Dated this.............day of..............2012
Signature of authorized Person,
Name with Stamp & full Address.
22
24
ANNEXURE-V
Schedule of Earnest Money
Real Time Ambient Noise Station (Noise Monitoring Terminals) at five locations in Patna
S.
No.
Description of Instrument
Qty. Nos. Estimated Cost in Rs.
1 Real Time Ambient Noise Station (Noise
Monitoring Terminals) at five locations
in Patna
05 50,00,000/- 1,10,000/-
2 Operation & Maintenance of NMT at
five locations for one year
05,00,000/-
Total 55,00,000/-
Earnest Money
Amount (in Rs.)
2% of the
estimated cost
23
25
Annexure – VI A
LIST OF DOCUMENTS FOR RELEASE OF PAYMENT THROUGH
L/C.
Equipment of Foreign Origin:
1) Four (4) copies of the Manufacturer / supplier’s invoice showing the
Equipment's description, quantity, unit price and total amount
2) Original and Four (4) copies of the negotiable clean, on-board bill of landing
marked freight prepaid and four copies of non-negotiable bill of landing;
3) Four copies of the packing list identifying contents of each package
4) Insurance certificate
5) Manufacturer and Suppliers warranty certificate
6) Factory test and inspection certificate
7) Certificate of country-of origin
24
26
Annexure – VI B
Equipment to be Supplied by Indian Manufacturer:
Upon delivery of the Equipment to the transporters, the Supplier shall notify the
Board and mail the following documents to the Board.
1) Four copies of the Supplier's invoice showing the Equipment's description,
quantity, unit price and total amount
2) Supplier's and/or Manufacturer's warranty certificate
3) Factory test & inspection certificate by manufacturer.
4) Insurance certificate
25
27
CHECK LIST FOR THE BIDDER
Annexure - VII
1. Bid on original Tender form only.
2. Separate EMD against each instrument / equipments.
3. Earnest money or necessary documentary proof for exemption of earnest money
with the part 1 of the bid. The technical specification should be in Annexure II
without quoting rate in the column no. six to eight.
4. Price bid must be Part II of the bid in the form provided at Annexure-III of the
tender document. It should be in a separate envelope.
5. The Basic Price, Taxes, Packing. Forwarding, Handling, Transportation Insurance,
Installation charges, Training etc. must be quoted clearly. Do not use vague terms
like "As Actual, Approximately etc".
6. Do not use the terms As per Specification of Tender Documents' in respect of
instruments. There should be proper write up of product quoted for supported with
printed leaflets literature.
7. In case the bidder desires to quote more than one item, separate envelope should be
submitted (technical bid in Annexure II & price bid in Annexure III) for individual
item super scribing item code number and name.
8. With technical bid, the bidder should provide a copy of the price bid format (giving
details of the items, accessories, spares etc.) without specifying the price other than
one mentioned in Annexure-III of this tender document.
9. The delivery of equipments/ accessories/ spares will be taken at Central lab at
Patna.
10. The manufacturer will give an undertaking that during warranty and after expiry of
comprehensive warranty period, if required, be responsible for annual Maintenance
of the supplied item/equipment for providing AMC. Annexure- IV
11. The supplier has to provide Bank Draft as performance security deposit after receiving
the supply order.
12. The documents required for release of payment are mentioned at Annexure- VIA
& VI B
26
28
PART-B
Specifications
Of
Real Time Noise Monitoring Station
(Noise Monitoring Terminal)
27
29
Technical Specifications of
Real Time Noise Monitoring Stations
(Noise Monitoring Terminal)
1.0 TECHNICAL SPECIFICATIONS OF REMOTE STATION
The Remote Station for Ambient Noise Monitoring Network should have a standalone operating
terminal, appropriate for outdoor installation for continuous measurement of ambient noise. The
signals from the Microphone has to be communicated to a latest signal processing and data
storage unit. It should be compatible with integrated GSM/GPRS radio-modem for transmitting
the data to a Central Receiving Station.
The Noise Monitoring Station/Terminal (NMT) shall be with an outdoor microphone covered
with an acoustic enclosure for protection from rain and wind (resistant to all weathers) and with
a weatherproof cabinet containing a noise level analyzer, battery, communication device for
transmitting data to receiving station. The whole of the station shall be portable to be installed on
a mast and the analyser shall be easily accessible with a self locking door.
The detailed specifications are as follows:
S.No. Metric Specification
1 Standards IEC61672 - (2002-05) Type 1
2 Range 20-140 dB A
3 Time weighting Fast, Slow, Impulse
4 Frequency /weighting A and C
5 Display High viewing angle, high brightness, alpha numeric
display with at least 4 lines per 20-character LCD and 18-
key keypad for onsite service and maintenance purpose
6 Dynamic Span 110 dB(A) or more
7 Resolution 0.1 dB (A)
8 Noise floor <18 dBA
9 Operating Temperature
Range
-10 to 50ºC
10 Calibration Automatic Calibration
11 Humidity Range 95% RH Non - Condensing for internal devices
100% Condensing for external devices
28
30
12 Power Supply The internal battery can be charged through Solar Panel or
from 220 Volt 50Hz, AC. Bidder must quote for a solar
panel,external battery and solar charge controller for all
stations
13 Power Back up Power backup should provide complete power autonomy
with telemetry enabled to the field stations for min 10
days without charging the internal battery or either by
Solar Panel or by power supply
14 Memory storage Storage of all the above measured and stored data for at
least 1 month at 1-sec acquisition rate
15 Communication Port USB, RS232
16 Sampling Rate Short Leq time history user selectable from 125ms, 1
second or 2 second etc. Leq, Lmax. Ldn and Ln periods
adjustable between 1 minute and 1 hour (The sampling
rate should be Programmable independently for each
channel)
17 Measured and stored data Min. of Leq, Lmax, Lmin, Lpeak, L10, L90, L50. Short
Leq time history, measurement time and date, actual time
and date (accurate to 12 sec/month)
18 Telemetry/communication Provision with following type of communications:
GSM/GPRS/CDMA/Ethernet/PSTN
19 Programmability Fully programmable. All functions must be programmable
from remote access or direct from the instrument vendor
or PCB site
20 Hardware diagnosis The system should perform calibration test to check the
whole noise measurement system by means of generating
remotely a well known signal at microphone and proper
operation of each unit. For this purpose the outdoor
microphone should be equipped with a built in
electrostatic actuator which should stimulate a pre defined
noise level on the diaphragm of the microphone. This
should be automatically used to check the calibration of
the sensor and the result should be displayed for each site.
This check should be repeated on daily basis to assure the
quality data
21 Specification for Outdoor
Microphone
Standards: IEC 61672-1(2002-05) Class1
Sensitivity: 50-60 mV/PA
Response Type: 1/2” Pre-polarized 0º (Vertical) / 90 º
(Horizontal) incidences
Microphone Type: Permanent Outdoor Microphone based
on External polarized capsule (for better Temperature and
Humidity performance)
Operating Temp: -10ºC to + 50ºC
Humidity Range external components: 100% RH
(Condensing)
Humidity Range internal components: 95% RH (non
29
31
condensing)
Range: 20- 140 dB (SPL)
Frequency response: IEC 61672 Class 1
Output connector: Compatible with NMT
Pole adapter: Suitable for instrument monitoring
Accessories Required: Bird spike, wind screen, Protected
Extension cable
22 Enclosure for Remote
sensors
The weather proof cabinet (size 600x200x130) shall be
robust, durable with IP65 protection
It should be equipped with standard sensors to check the
unauthorized intrusion by way of alarm and have ability
to produce telecommunication alarm if the enclosure has
been opened.
The length of mast should be 4m and to be mounted in a
concrete base and be of GI material and non corrosive.
23 Cabling All cabling will be protected via armoured Conduit
26 Display Board Size: 150cmx100cm
No. of display line: Three
Visibility: 100m
Color: Single
Mounting: Wall mounting/roof/grill/pole
The display of above data should be supported with
moving messages /slogans to be changed from time to
time
29 Warranty Three years. After 3 years, supplier should quote for a 2
year CAMC
2.0 SPECIFICATION OF CENTRAL RECEVING STATION
The Central Receiving Station will have software installed on Central Terminal for data
acquisition, data archival, data analysis, data display, report generation and visualization.
Visualization of the data can be done for single remote station or multiple remote stations
together in a standalone server, as well as, over internet. The Central Receiving station and
software shall incorporate and handle any number of remote stations.
The Central Receiving Center would carry out the functions like Communications Management
with all the remote terminals, via GSM/GPRS/CDMA, radio, etc, Programming of the remote
terminals (sampling period, alarm thresholds, clock synchronization, etc.), Data Retrieval (in real
time or by command) with automatic and/or manual operation and data storage in a suitable
database, or alternatively in a SQL database, in order to allow the users to carry out their own
data analysis and data processing, Full graphics analysis of data received from the Noise
Monitoring Remote Stations, with multiple graph display options, such as zoom function, copy
30
32
print-outs, etc.
2.1 Specification of Hardware for Central Receiving Station (1 unit)
CENTRALSTATIONCOMPUTER SPECIFICATIONS must be of standard company make
Processor I 5 Intel procesor
RAM 4GB
Harddisk 500GB
CDROM/write/Combo As per latest configuration
Monitor 19” LCD panel
Port 2Serial,1parallel& 4USB with LAN
Keyboard Multimedia
Mouse Optical Mouse + Pad
Software Windows XP /Windows
2.2 Data processing Work Station Computer – 2 Nos
Latest specification as required
has to be proposed
3.0 UPS – 1Nos
One 5KVA online UPS of APC or equivalent make with sufficient battery backup to provide
power to the computer and peripherals system at Central receive station for two hours.
Capacity : 5.0KVA
Technology :PWM using IGBT/MOSFETS
Crest Factor :More then3:1
Input Voltage : 220 V AC
Voltage Range :+25%
Frequency :50+3%
Output Voltage : 220 V AC
Voltage regulation :+1%
Frequency :50Hz
Frequency regulation :+0.01%
31
33
Waveform :Pure sine wave
Battery Battery type :Sealed maintenance free (Exide /
Panasonic make)
Backup time :4Hrs(full load)
Battery Capacity :Depends upon backup time
Recharge time :4hrsto 90%aftercomplete
discharge Distortion :Lessthen1%linearload
Power factor : 0.8to1
Indicator :L.E.D.–Battery Charge, Load level, on
Line, overload, on battery, replace
battery
Alarm :Audible alarm for battery backup,
battery low and fault
Protections: Surge :Surge suppression meets BIS or
International standard
Overload Fuse ¤t limited
Short circuit Fuse ¤t limited & Cut-off
Battery low cut-off No battery drain after cut-off
Overload capacity : 110%for continuous load
Efficiency : More then90%
Environment Operating Temperature : 0-50oC
Operating Humidity : 10% to95%(Non condensing)
Audible Noise : Less then 45db(at1meter)
4.0 Printer – HP Color Laser jet (1 unit)
5.0 External hard disk – Seagate 1 TB (1 unit)
6.0 Specification of Software for Central Receiving Station
32
34
Software package for the communication, from measuring and acquisition stations, both locally
and remotely via a PC.Intuitive and easy to use application which runs on Windows Operating
System. Data Retrieval in real time or by command with automatic and/or manual operation and
data storage in a Microsoft Access database, or alternatively in a SQL database, in order to allow
and carry out the data analysis and data processing.
Software Management:
The software should be capable of receiving online, archiving and analyzing and displaying all
the noise and weather parameters and data through GPRS link to central station. The data should
be analysed and plotted in different graphical formats on request. The data will be continuously
displayed in graphical format in normal mode.
The Software should be capable for requesting, downloading, editing, processing
andrepresentation and management of data.
Software allows the user to change and/or modify the configuration of the stations,
enable to perform tasks such as date and time synchronisation with the computer and
adds new measuring channels specifying the different sampling and storage periods, as
well as the statistical calculations to be stored.
The software installed on Central Receiving Station must have provision for data
acquisition, data archival, data analysis, data display and report generation in A4 format
and also it would be possible to process and analyze all the measured and calculated
parameters
Operator from the Central Receiving station must be able to configure parameters of
remote stations via software.
Operator from the Central Receiving station must be able to reinitialize the Remote
station through command via software.
7.0 Hand on Operations
The following parameters of stations must be configurable for each station.
Allow the Setting of Date/Time of the station.
Real time data request from each channel.
Downloading of data stored in the station
33
35
Downloading the station’s configuration of PC
Downloading of PC’s configuration to the stations
Updating the station’s Firmware
8.0 Data Analysis
Data enquiry over several days
Comparison of readings between stations
Daily statistics enquiry
Comparison between the daily statistics of various stations
Comparison between parameters from the same station or from different stations
9.0 Visualization of Data
Enquiry of data in Table Form
Enquiry of data in graph form
10.0 Additional Features
Printing of various reports and graphs.
Zoom in and Zoom out facility with automatic graph scale Resizing
Information of the communications resources used by the PC at that moment
Exportation of readings to MS-Access or to text files (.txt), MS-EXCEL.
11.0 Web Enabled Software for data distribution
The Web Software Platform must be able for web posting of the data available on the central
server at the Bihar PCB’s headquarters, in such a way that all authorized persons with an internet
connection (ADSL) would have the possibility to access to the information of all the noise
monitoring terminals. The user can customize the way to display the noise parameters. The user
can play the role as administrator and define other users access rights. Considering data
transmission from the remote terminals to the Central Server is carried out via GPRS cellular
network, data can be updated, for example, every 5 minutes or 10 minutes, or 15 minutes, as
programmed by the customer. The Web Enabled Software must have following features:
1. Only authorized users can access the web enabled data
2. The format for administrator for issue of user id and password should be provided.
3. Log of user accessing the web enabled data with complete detail of data accessed and
downloaded should be maintained.
4. The authorized user should have access to the latest stored data in the Server and historical
34
36
data.
5. User should have provision for full graphical plotting of the time series of the data and
comparison of data from historical data of the station.
6. Graphical and GIS based visualization of all the Noise monitoring terminal
7. In graphical representation should have full attributes, which should be displayed by
positioning cursor on the map.
8. The selected station by clicking on the map must show the geographical information and
status of the stations, for example Name of station, Station ID, Latitude, Longitude, etc.
9. On selecting a station, the complete menu of the data should be displayed.
10. Data can be selected both in Tabular and graphical format
11. The graphical display for all noise parameters should be available
12. The graphical plot of noise data analysis like Peak Noise, average noise etc. are available for
the user.
13. The authorized users can download noise data
12. Inspections and Tests
The following inspections and tests shall be performed:
All equipment need the following services:
Installation and commissioning
Calibration of the equipment with standards
Demonstration and training of staffs
35
37
Noise Monitoring
Remote Station 1
Remote Station
No’ N…….
Noise Monitoring
Remote Station 2
Noise Monitoring
Remote Station 3
Noise Monitoring
Remote Station 4
Noise Monitoring
Remote Station 5
GSM/GPRS
GGGPRS..Etc
GSM/ GPRS
GPRS..Etc
GSM/ GPRS Etc
Central Receiving
Station
Data Accessibility of
the Central Station in
Internet via web
enabled software for
CPCB as per
requirement
CPCB
36